Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 26, 2015 FBO #4842
SOLICITATION NOTICE

J -- Luminex Maintenance Agreement

Notice Date
2/24/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2015-61986SG
 
Archive Date
3/21/2015
 
Point of Contact
Sarah H. Gray, Phone: 7704882085
 
E-Mail Address
Sgray1@cdc.gov
(Sgray1@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK Title of Project: NSMBB Maintenance of Luminex Instruments C.1 Background and Need - This contract is for maintenance of all Luminex instruments in the Newborn Screening and Molecular Biology Branch (NSMBB). This contract is necessary because NSMBB has Luminex systems that are essential to the laboratory. All instrumentation periodically needs annual preventative maintenance as well as needed repairs. C.2 Project Objective - This maintenance must include on-site support for preventative maintenance, repair of instruments, necessary Luminex proprietary tools, parts and equipment and regular upgrades and installs as available. In order to service this equipment, the vendor must also supply regular trained personnel with experience maintaining these instruments. C.3 Scope of Work - The work to be preformed consists of: Annual preventative maintenance on NSMBB Luminex instruments On-site maintenance and repair of equipment, as needed C.4 Technical Requirements - The vendor must fulfill the following requirement in order to maintain and repair Luminex instruments: 1. Provide training for engineers from Luminex every year 2. Provide engineers access to Luminex technical developments, repair procedures, software application updates and planned maintenance procedures 3. Provide instrument or software updates and modifications when mandated by Luminex 4. Provide new quality replacement parts certified to manufacturers' specifications 5. Provide immediate access to a Technical Support phone line 24 hours a day for hardware and software trouble shooting. 6. Provide immediate access to application technical phone support. 7. Provide factory trained service engineers 8. No third-party providers will perform maintenance or repair instruments. 9. Labor and travel fees included in maintenance agreement costs. 10. Provide scheduled planned yearly maintenance. 11. Provide 2 business day response to all service calls C.5 Reporting Schedule - annual reports on annual preventative maintenance. 6 Special Considerations - No special considerations. C.7 Government Furnished Property No government furnished property. C.8 References - No reference materials. Deliverables - 1. Provide 2 business day response to all service calls 2. Provide immediate access to a Technical Support phone line 24 hours a day for hardware and software trouble shooting. 3. Provide scheduled planned yearly maintenance. Quality Assurance Surveillance Plan (QASP) Deliverable or Services Required Measures of Success are Indicators Standards-Criteria Acceptable Quality Deliverable or Services Required Method of Surveillance Incentive/ De-incentive Reporting Requirements Submission of preventive maintenance reporting requirements on Government-owned equipment, routine service reports of services performed. Timeliness Quality 100% of compliance with government requirements No deviations from the standard allowed Government inspection and acceptance Incentive - Option Exercised De-incentive - Option not exercised Repair Services Timeliness Problem Resolution Quality 100% compliance with government requirements. No deviations from standard allowed Government testing, inspections and acceptance. Customer Complaint. Incentive - Option Exercised De-incentive - Option not exercised. Preventative Maintenance Visits Timeliness Problem Resolution Quality No deviations from standard allowed Government inspection and acceptance Customer Complaint Incentive - Option Exercised De-incentive - Option not exercised
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2015-61986SG/listing.html)
 
Place of Performance
Address: The Centers for Disease Control and Prevention, 4770 Buford Highway, Atlanta, Georgia, United States
 
Record
SN03650145-W 20150226/150224235148-505b7823933e15c2b9ee23176b4e37fb (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.